HomeMy WebLinkAbout2006-191FILE REFERENCE FORM 2006-191
X Additional File Exists
Additional File Contains Records Not Public, According to the Public Records Act
Other
Order One to Contract - Ordinance No. 2007-040
Date Initials
02/20/07 1 ) R
ORDINANCE NO. 2a6) —1 1
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR PAVING IMPROVEMENTS TO VINTAGE PARKWAY; PROVIDING FOR
THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (BID
3518-VINTAGE PARKWAY PAVING IMPROVEMENTS AWARDED TO JAGOE-PUBLIC
COMPANY IN AN AMOUNT NOT TO EXCEED $1,314,007.25).
WHEREAS, the City has solicited, received and tabulated competitive bids for the
construction of public works or improvements in accordance with the procedures of State law and
City ordinances; and
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein;
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. The following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids:
BID
NUMBER CONTRACTOR AMOUNT
3518 Jagoe-Public Company $1,314,007.25
SECTION 2. The acceptance and approval of the above competitive bids shall not constitute
a contract between the City and the person submitting the bid for construction of such public works
or improvements herein accepted and approved; until such person shall comply with all requirements
specified in the Notice to Bidders including the timely execution of a written contract and furnishing
of performance and payment bonds, and insurance certificate after notification of the award of the
bid.
SECTION 3. The City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein.
SECTION 4. Upon acceptance and approval of the above competitive bids and the execution
of contracts for the public works and improvements as authorized herein, the City Council hereby
authorizes the expenditure of funds in the manner and in the amount as specified in such approved
bids and authorized contracts executed pursuant thereto.
SECTION 5. This ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this the i vh day of 12006.
4t4. �
RR . McNEILL, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY: U
APPROVED AS TO LEGAL FORM:
EDWIN M. SNYDEI�,-CITY ATTORNEY
BY:
3-ORD-3518
CONTRACT AGREEMENT
STATE OF TEXAS
§ COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 18th day of July A.D., 2006, by and
between City of Denton of the County of Denton and State of Texas, acting through
Howard Martin thereunto duly authorized so to do, hereinafter termed "OWNER," and
Jagoe-Public Company
Denton, TX 76202
of the City of Denton, County of Denton and State of Texas hereinafter termed
"CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds
attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete
performance of the work specified below:
Bid 3518 Vintage Parkway Improvements
in the amount of $1,314,007.25 and all extra work in connection therewith, under the terms as
stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense
to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance,
and other accessories and services necessary to complete the work specified above, in accordance
with the conditions and prices stated in the Proposal and the Performance and Payment Bonds,
attached hereto, and in accordance with all the General Conditions of the Agreement, the Special
Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as
referenced herein and on file in the office of the Purchasing Agent, and in accordance with all local,
state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and
printed or written explanatory matter thereof, and the Specifications therefore, as prepared by:
Citv of Denton Engineering Staff
all of which are referenced herein and made a part hereof and collectively evidence and constitute
the entire contract.
CA-1
Independent Status
It is mutually understood and agreed by and between City and Contractor that Contractor is
an independent contractor and shall not be deemed to be or considered an employee of the City of
Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick
leave benefits, worker's compensation, or any other City employee benefit. City shall not have
supervision and control of Contractor or any employee of Contractor, and it is expressly understood
that Contractor shall perform the services hereunder according to the attached specifications at the
general direction of the City Manager of the City of Denton, Texas, or his designee under this
agreement.
Indemnification
Contractor covenants and agrees to and does hereby indemnify, hold harmless and defend, at
its own expense, Owner, its officers, servants and employees, from and against any and all claims or
suits for property loss or damage and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of the Work and services to be
performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or
invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers,
servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby,
indemnify and hold harmless Owner during the performance of any of the terms and conditions of
this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of
officers, servants, or employees of Owner. The provisions of this paragraph are solely for the
benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise,
to any other person or entity.
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas.
The CONTRACTOR hereby agrees to commence work on or after the date established for
the start of work as set forth in written notice to commence work and complete all work within the
time stated in the Proposal, subject to such extensions of time as are provided by the General and
Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown
in the Proposal, which forms a part of this contract, such payments to be subject to the General and
Special Conditions of the Contract.
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the
year and day first above written.
TTEST:
14
ATTEST:
CA-3
City of Denton
OWNER`}
BY: om /
(SEAL)
CONTRACTOR
J000f:� blis EGn
e
C Box 250
A 10.'W2
MAILING ADDRESS
fn 382-15�/
PHONE NUMBER
�Yo 3,?2- - 573 Z.
��FAAX NUMBER
a BY: C�
TITLE
1>t�1 &eQl'
PRINTED NAME
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
Bond No. 4353814
KNOW ALL MEN BY THESE PRESENTS: That Jaeoe-Public Company-" whose
address is PO Box 250 Denton, TX 76202 hereinafter called Principal, and
SureTec Insurance Company✓ , a corporation organized and existing under the laws
of the State of Texas , and fully authorized to transact business in the State of
Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation
organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal
sum of One Million Three Hundred Fourteen Thousand and Seven and 25/100,
DOLLARS($ 1,314,007.25 lus ten percent of the stated penal sum as an additional sum of money
representing additional court expenses, attorneys' fees, and liquidated damages arising out of or
connected with the below identified Contract, in lawful money of the United States, to be paid in
Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind
ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly
by these presents. This Bond shall automatically be increased by the amount of any Change Order
or Supplemental Agreement, which increases the Contract price, but in no event shall a Change
Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this
Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 2006-191, with the City of Denton,
the Owner, dated the 18th day of July A.D. 2006 a copy of which is hereto attached
and made a part hereof, for Bid 3518 Vintage Parkway Improvements ✓
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance
with the Plans, Specifications and Contract Documents during the original term thereof and any
extension thereof which may be granted by the Owner, with or without notice to the Surety, and
during the life of any guaranty or warranty required under this Contract, and shall also well and
truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any
and all duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all
defects due to faulty materials and workmanship that appear within a period of one (1) year from
the date of final completion and final acceptance of the Work by the Owner; and, if the Principal
shall fully indemnify and save harmless the Owner from all costs and damages which Owner may
suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay
and expense which the Owner may incur in making good any default or deficiency, then this
obligation shall be void; otherwise, it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue
shall lie in Denton County, State of Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the
same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to
be performed thereunder, or to the Plans, Specifications, Drawings, etc.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on whom
service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-
1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall
be deemed an original, this the _Lgtb_day of r„l y , 9n06
ATTEST:
BY:
SECRETARY
ATTEST:
Cindy Fowler
PRINCIPAL
.lagoe Public Co
P O Box 250
t 76202
BY:
VIE- PRESIDENT
SURETY
BY: (',OMkkADJ& / tripA
ATTORN-IN-FAC
Connie Jean Kregel
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is:
Beverly M. Trimble
NAME: Allied North America InsurancQ Brokerage of TQ2jqa, l L
STREET ADDRESS: 12770 Coit Rd., Ste. 750, Dallas, TX 75251
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name.)
PB-2
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DENTON
Bond No. 4353814
KNOW ALL MEN BY THESE PRESENTS: That Jaaoe-Public Companv .✓whose address
is PO Box 250 Denton, TX 76202, hereinafter called Principal, and
a corporation organized and existing under the laws of the
State of Texas , and fully authorized to transact business in the State of Texas, as
Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and
existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms,
and corporations who may furnish materials for, or perform labor upon, the building or
improvements hereinafter referred d� in the penal sum of One Million Three Hundred Fourteen
Thousand and Seven and 25/100OLLARS(S1,314,007.25 m lawful money of the United States,
to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we
hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents. This Bond shall automatically be increased by the amount of
any Change Order or Supplemental Agreement which increases the Contract price, but in no event
shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the
penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 2006-191, with the City of Denton,
the Owner, dated the 18th day of July A.D. 2006 ✓, a copy o -which is hereto attached and made
a part hereof, for Bid 3518 Vintage Parkway Improvements
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby expressly waived, then this obligation shall be void;
otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall
lie in Denton County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the
same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to
be performed thereunder, or to the Plans, Specifications, Drawings, etc.
I' C
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on whom
service of process may be had in matters arising out of such surety, as provided by Article 7.19-1 of
the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall
be deemed an original, this the 1 Rrh day of July
y 2nn.6—•
ATTEST:
BY: u .
SECRETARY
ATTEST:
PRINCIPAL . oatoe PLIh6C vO
�? Box 250
t iS'�•t tr.,,� 'r.. �. nnn
SURETY
1 ,- // SureTec Insurance Com an _
BY: ��(
Cindy Fowler BY: (',�`,✓LnIQ�� .
ATTORNI - -FN-FAC4
_
Connie Jean Kregel
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service Ofti;e-
process is:
Beverly M. Trimble
NAME: Allied North America Insurance Brokerage of Texas, LLC
STREET ADDRESS: 12770 Coit Rd., Ste. 750 Dallas TX 75251
(NOTE: Date of Payment Bond must be date of Contract. ff Resident Agent is not a corporation,
give a person's name.)
HUM
Pon k: 4221003
SureTec Insurance C
LIMITED POWER OF ATT(
Know All Men by These Presents, That SURETEC INSURANCE COMPANYgth "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
L. Ray Pitts, Jr., Beverly M. Trimble, Richard M. Abbott, Steven Jay' Rauch, Connie Jean Kregel
Of Dallas, Texas its true and lawful Attomey(s)-in-fact, with full power and authority he conferred in its name, place and stead, to
execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to
include waivers to the conditions of contracts and consents of surety, providing the bond, penal oes not exceed
Five Million and no/100 Dollars ($5,000,000.00)VV
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the
premises. Said appointment shall continue in force until July 31, 2007 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
Be it Resolved, that the President, any vice -President, ally Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
.Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attomey-in-Fact shall be binding upon the Company as if signedby the President and sealed and effected by the Corporate Secretary. -
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 10i6 of April.
l999)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 20th day of June, A.D. 2005.
OtiAN RETEC INS CE COMPANY
4r By:
atw �> Bi111Gng, re nt
State of Texas ss: cD r 2
County of Harris ...X*M/
On this 20th day of June, A.D. 2005 before me personally came Bill King, to me known, who, being by me duly sworn, did depose and say, that he
resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
MicheNe Dertny , l" n 1' n
9fTei vY w
•a
81afe W 19AM
���� Exp8 Michelle Denny, Notary Pub is
August 27, 2008 My commission expires August 27, 2008
1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston,
V
Texas this day of J_( 0 (0, A.D.
M. Brent Beaty, Assistant Se re ry
Any instrument Issued In. excess or the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST.
SureTec Insurance Company
THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION
Statutory Complaint Notice
To obtain information or make a complaint: You may call the Surety's toll free telf,,phone
number for information or to make a complaint at: 1-866-732-0099. You may also write to the
Surety at:
SureTec Insurance Company
5000 Plaza on the Lake, Suite 290
Austin, TX 78746
You may contact the Texas Department of Insurance to obtain information on companies,
coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of
Insurance at
PO Box 149104
Austin, TX 78714-9104
Fax#:512-475-1771
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or
about a claim, you should contact the Surety first. If the dispute is not resolved, you may
contact the Texas Department of Insurance.
Terrorism Risks Exclusion
The Bond to which this Rider is attached does not provide coverage for, and the surety shall
not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war.
Exclusion of Liability for
Mold, Mycotoxins, Fungi & Environmental Hazards —
The Bond to which this Rider is attached does not provide coverage for, and the surety
thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines,
spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental
hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup,
nor the remediation thereof, nor the consequences to persons, property, or the performance
of the bonded obligations, of the occurrence, existence, or appearance thereof.
Texas Rider 010106
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly recommended that
bidders confer with their respective insurance carriers or brokers to determine in advance of Bid
submission the availability of insurance certificates and endorsements as prescribed and provided
herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that
bidder may be disqualified from award of the contract Upon bid award, all insurance
requirements shall become contractual obligations, which the successful bidder shall have a dirty
to maintain throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall
provide and maintain until the contracted work has been completed and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated hereinafter.
As soon as practicable after notification of bid award, Contractor shall file with the Purchasing
Department satisfactory certificates of insurance, containing the bid number and title of the project.
Contractor may, upon written request to the Purchasing Department, ask for clarification of any
insurance requirements at any time; however, Contractors are strongly advised to make such
requests prior to bid opening, since the insurance requirements may not be modified or waived after
bid opening unless a written exception has been submitted with the bid Contractor shall not
commence any work or deliver any material until he or she receives notification that the contract
has been accepted, approved, and signed by the City of Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall comply with
the following general specifications, and shall be maintained in compliance with these general
specifications throughout the duration of the Contract, or longer, ifso noted:
Each policy shall be issued by a company authorized to do business in the State of
Texas with an A.M. Best Company rating of at least A.
• Any deductibles or self -insured retentions shall be declared in the bid proposal. if
requested by the City, the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its officials, agents, employees and
volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
• Liability policies shall be endorsed to provide the following:
•• Name as additional insured the City of Denton, its Officials, Agents, Employees
and volunteers.
•• That such insurance is primary to any other insurance available to the additional
insured with respect to claims covered under the policy and that this insurance
applies separately to each insured against whom claim is made or suit is brought.
The inclusion of more than one insured shall not operate to increase the insurer's
limit of liability.
• All policies shall be endorsed to read:
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE
BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS
BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10
DAYS AD VANCE WRITTEN NOTICE IS REQUIRED".
• Should any of the required insurance be provided under a claims -made form, Contractor
shall maintain such coverage continuously throughout the tern of this contract and,
without lapse, for a period of three years beyond the contract expiration, such that
occurrences arising during the contract term which give rise to claims made after
expiration of the contract shall be covered.
• Should any of the required insurance be provided under a form of coverage that
includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor shall
either double the occurrence limits or obtain Owners and Contractors Protective
Liability Insurance.
Should any required insurance lapse during the contract term, requests for payments
originating after such lapse shall not be processed until the City receives satisfactory
evidence of reinstated coverage as required by this contract, effective as of the lapse
date. If insurance is not reinstated, City may, at its sole option, terminate this
agreement effective on the date of the lapse.
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance with these
additional specifications throughout the duration of the Contract, or longer, if so noted:
[X] A. General Liability Insurance:
General Liability insurance with combined single limits of not less than $ 1,000,000
shall be provided and maintained by the Contractor. The policy shall be written on an
occurrence basis either in a single policy or in a combination of underlying and
umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001 current edition) is used:
• Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this contract
and broad form property damage coverage.
• Coverage B shall include personal injury.
• Coverage C, medical payments, is not required.
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and
ISO Form GL 0404) is used, it shall include at least:
• Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, independent contractors and property
damage resulting from explosion, collapse or underground (XCU) exposures.
• Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability.
[X] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined Single
Limits (CSL) of not less than $500,000 either in a single policy or in a combination of
basic and umbrella or excess policies. The policy will include bodily injury and property
damage liability arising out of the operation, maintenance and use of all automobiles and
mobile equipment used in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy endorsement for:
• any auto, or
• all owned, hired and non -owned autos.
[X] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in addition
to meeting the minimum statutory requirements for issuance of such insurance, has
Employer's Liability limits of at least $100,000 for each accident, $100,000 per each
employee, and a $500,000 policy limit for occupational disease. The City need not be
named as an "Additional Insured" but the insurer shall agree to waive all rights of
subrogation against the City, its officials, agents, employees and volunteers for any work
performed for the City by the Named Insured. For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096
of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation
Commission (TWCC).
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of the
work under this contract, an Owner's and Contractor's Protective Liability insurance policy
naming the City as insured for property damage and bodily injury which may arise in the
prosecution of the work or Contractor's operations under this contract. Coverage shall be on
an"occurrence" basis, and the policy shall be issued by the same insurance company that
carries the Contractor's liability insurance. Policy limits will be at least
combined bodily injury and property damage per occurrence with a aggregate.
[ ] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable to the
contractor or if a contractor leases or rents a portion of a City building. Limits of not less
than each occurrence are required.
[ j Professional Liability Insurance
Professional liability insurance with limits not less than per claim with respect to
negligent acts, errors or omissions in connection with professional services is required under
this Agreement.
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be
provided. Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear.
[ j Commercial Crime
Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside
the premises, burglary of the premises, and employee fidelity. The employee fidelity
portion of this coverage should be written on a "blanket" basis to cover all employees,
including new hires. This type insurance should be required if the contractor has access to
City funds. Limits of not less than each occurrence are required.
[ ] Additional Insurance
Other insurance may be required on an individual basis for extra hazardous contracts and
specific service agreements. If such additional insurance is required for a specific contract,
that requirement will be described in the "Specific Conditions" of the contract specifications.
[X] Worker's Compensation
Governmental Entities
A. Definitions:
ATTACHMENT 1
Coverage for Building or Construction Projects for
Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a certificate
of authority to self -insure issued by the commission, or a coverage agreement (TWCC-
81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation
insurance coverage for the person's or entity's employees providing services on a
project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project
until the contractor's/person's work on the project has been completed and accepted by
the governmental entity.
Persons providing services on the project ("subcontractor" in §406.096) - includes all
persons or entities performing all or part of the services the contractor has undertaken to
perform on the project, regardless of whether that person contracted directly with the
contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers,
owner -operators, employees of any such entity, or employees of any entity which
furnishes persons to provide services on the project. "Services" include, without
limitation, providing, hauling, or delivering equipment or materials, or providing labor,
transportation, or other service related to a project. "Services" does not include
activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any overage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all employees of the
Contractor providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior
to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the coverage
period, file a new certificate of coverage with the governmental entity showing that
coverage has been extended.
E. The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity:
(1) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage
for all persons providing services on the project; and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project.
H. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how a
person may verify coverage and report lack of coverage.
1. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
(1) provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all of its employees
providing services on the project, for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all employees
of the person providing services on the project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(4) obtain from each other person with whom it contracts, and provide to the
contractor:
(a) a certificate of coverage, prior to the other person beginning work on the
project; and
(b) a new certificate of coverage showing extension of coverage, prior to the
end of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(7) contractually require each person with whom it contracts, to perform as required
by paragraphs (1) - (7), with the certificates of coverage to be provided to the
person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate of coverage,
the contractor is representing to the governmental entity that all employees of the
contractor who will provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a self -
insured, with the commission's Division of Self -Insurance Regulation. Providing false
or misleading information may subject the contractor to administrative penalties,
criminal penalties, civil penalties, or other civil actions.
K. The contractor's failure to comply with any of these provisions is a breach of contract
by the contractor which entitles the governmental entity to declare the contract void if
the contractor does not remedy the breach within ten days after receipt of notice of
breach from the governmental entity.
AC_ORD CERTIFICATE OF LIABILITY INSURANCE 08 2112006
PRODUCER (940) 382-9691 FAX (940)243-1050 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Ramey & King Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
510 North I-35 E HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Denton, TX 76205 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Nicole Green INSURERS AFFORDING COVERAGE
INSURED JagOe Public Comoan V. Inc. INSURER AT 1
Bill Cheek
P 0 Box 250
Denton, TX 76202
rave ers as & sure Ly
INSURERS: St. Paul/Travelers Insurance
INSURERc Arch Specialty Insurance
INSURER.. Phoenix Insurance
INSURER E:
NAIC #
THE POLICES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE UNITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
DD'
}ypE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
LIMITS
GENERAL LIABILITY
C0492D3719
10/01/2005
10/01/2006
EACHOCCURRENCE
$ 1,000,gOg
X COMMERCIAL GENERAL LIABILITY
DAMAGETO RENTED
PROMISES ffia
$ 300.000
CLAIMS MADE OCCUR
MED EXP(AW
one permn)
S 5,00
A
PERSONAL 8 ADV INJURY
$ 1,000,00
CENERALAGCREGATE
S 2,000.00
GEN'L AGGREGATE LI WT APPLI ES PER.
PRO
POLICV n
PRODUCTS-COMPIOP AEG
$ 2,000,000
JECT n LOC
_.
AUTOMOBILE
LIABILITY
DTIENCAP492D370705
10/01/2005
10/01/2006
X
ANY AUTO
ccMBINEO SINGLE LIMIT
(Ede«dent
$
1,000,000
ALL CWNED AUTOS
BODILY INdORV
(Per ps.0
$
SCFEDULEO AUTOS
X
HIREDAUTOS
X
NON -OWNED AUTOS
Y INJURY
(Per JU
BODILY INRY nt)S
PROPERTY DAMAGE
$
(Peraccidant
GARAGE LIABILITY
AILTOONLY-EAACCIDENT
$
ANY AUTO
OTHER THAN EA ACC
S
Al1TOONLV: AGO
$
EXCESSIUMBRELLA LIABILITY
ULP001024500
10/01/2005
10/01/2006
EACH OCCURRENCE
S 5,000,00Q
X OCCUR ❑CLAIMS MADE
AGGREGATE
S
C
$ 5,000,000
DED[NLCTIBLETION
$
RET§
WDRKERSCOMPENSATION AND
DTOU6492D3732
10/O1/2005
10/O1/2006
X WCSTATU- OTH-
EMpLOYERS' LIABILITY
TORY LIMITS ER
D
ANYPROPRIETCRIPARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED'
E.L. EACH ACCIDENT
S 1,000,000
E.L. DISEASE - EA EMPLOY
_
$ 1,000,000
If yesdescribe under
PROMSIONS bebw
IO2and Marine
QT6605371B337
30/01/2005
10/01/2006
E.L. pSEASE POLICY LIMIT S 1,000.00
Rented/Leased
LSPECIAL
Equipment up to
I
I
I
S30OK/Item
DI=SCRIPTI NOFOPERATI4NSILOCATI NSIVEHICL S EVLUSIONSADDE YENOORSEMENT SP CUILPROVISipr1S it) o� Denton is name as adtt� lnsd as wea141 as cert �lo der.
Sal tl pol shall not be cancelled, nonrenew
r materially changed w/out 30 days advance written notice being givent to the Owner,
except when the p
olicy is being cancelled for nonpmt of premium, in which case 10 days written is
notice required. A
aiver of Subrogation for all policies is in place, in favor of the City of Denton.
roject: Bid #3519 Vintage Parkway Improvements
CERTIFICATE HOLnPR
City of Denton, It's Officials, Agents,
Employees and Volunteers
901 B Texas Street
Denton, TX 76201
ACORD 23 (2001108)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL K]b MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
AUTHORIZED
1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001r08)
,JUN. UN'ZVUb 1Z:44 94U 64Y /JUZ G1'1'T VC JCN'1'VN YURLMAb INl
FSI" Y.VV1/VV7
Purchasing Department
901-B Texas St.
Denton, TX 76209
(940) 349-7100
www.dentonpurchasing.com
ADDENDUM #1
Bid #351 S
Vintaqe Parkwav Pavi
maro
ments
BIDS DUE: JUNE 15, 2006
2:00 P.M.
Bid submitted by:
qc- /`la OL'L
Company Name
111'I'VC UGIVl'UIN kuhIMAJING g3103 Y.VUZ/VV`J
ADDENDUM #1
Addendum #1 to be returned with Bid Proposal
Please see the attached Addendum pages 1 and 2.
The attached pages P-3 thru P-7 replace the original documents.
NO OTHER CHANGES AT THIS TIME.
This form shall be signed and returned with your bid.
Name.
�-
Signature.
Company:
'Taw_
4 oG w C
V i [ r_ YrC51
Date.
� /rS/2vob
JUN
DENTON PURCHASING #31U3 P.UU3/UUN
ADDENDUM NO. 1
TO
PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
CITY OF DENTON, TEXAS
VINTAGE PARKWAY PAVING IMPROVEMENTS
BID NO.3518
DATE: 6-9-06
TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS
The Plans, Specifications and Contract Documents shall be modified as required by the
following items:
Item 1-1
SPECIFICATIONS: PROPOSAL: Pages P-3, P-4, P-5, P-6 and P-7 of the Bid Tabulation
Sheets are hereby replaced in their entirety with the attached pages P-3, P4, P-5, P-6 and P-7
(Attachment I -AD 1). All other portions of the Proposal shall remain unchanged.
Item 1-2
SPECIFICATIONS: SPECIAL INSTRUCTIONS TO BIDDERS: PAGE SI-1: All
references to Vintage Parkway station "84+42.00" shall be changed to Vintage Parkway station
"84+80.67" on this page. All other portions of the Special Instructions to Bidders shall retrain
unchanged.
Item 1-3
SPECIFICATIONS: SPECIAL CONTRACT DEFINITIONS: PAGE SC-2: Add the
following sentence to the end of Item 3.7 Compacted kill / Embankment on this page:
The top 6-inches of fall material placed within median areas as shown on the plans shall be
topsoil. Topsoil to be used within median areas shall be provided to the Contractor at no cost by
the City and stockpiled in an area on the project site.
Item 1-4
SPECIFICATIONS: SPECIAL CONTRACT DEFINITIONS: PAGE SC-2: Add the
following Payment paragraph to the end of Item 3.7 Compacted Fill / Embankment on this page:
Payment: Payment for this item shall be at the contract unit price per cubic yard measured in a
compacted condition in its fugal position. The unit price shall be full compensation for
furnishing all labor, equipment, tools, hauling and incidentals necessary to complete the
compacted fill and embankment work.
H:WintagcBlvd\AddmdumMDDENDUMNumbe lAm
Addendum 1 — Page 1 of 2
4U1V.UN'LuUb 12:4h 940 349 /!UL
to 1-5
CITY OF DENTON PURCHASING IPJIUJ P.UU4/UU9
SPECIFICATIONS: SPECIAL CONTRACT DEFINITIONS: PAGE SC-I3: ITEM SC-4:
Make the following changes to the Project Sign shown in Item SC-4 on Page SC-13:
Change the title "DIR. OF ENGINEERING" to "CITY ENGINEER"
Change the name "CHARLES FIEDLER, P.E." to "FRANK G. PAYNE, P.E."
Change the title "DIR OF WATER" to "DIR. OF WATER UTILITIES"
as shown below:
CITY DF DENTOf
1Y�APITALZ r NEW CITY
3� IMPROVEMENTS LOG❑
PROGRAM 23.5' X 12,
PROJECT NAME
CITY QF DENTON CONTRACT
CITY ENGINEER DIP. OF WATER UTILITIES NHML_
INK 3. PAYNE, P.E. JIM COULTER ADDRES
349-6910 349-7194 PHDNE
Item 1-6
PLANS: SLEETS 5.1 THROUGH 5.5: NOTE TO CONTRACTOR: Change the phrase
"STA 84+42" in the first sentence of the "Note to Contractor" on these sheets to "STA
84+80.67" All other portions of the "Note to Contractor" shall remain unchanged.
.All items in conflict with this addendum are hereby deleted.
THIS ADDENDUM IS MADE PART OF TIIE PLANS, SPECIFICATIONS AND
CONTRACT DOCUMENTS AND SHALL BE ACICNOWLEDGED ON THE
PROPOSAL.
City of Denton, Te\as
Chad Allen, P.E.
14:1VimaScalvdVAddmdum4lDDE,NDUMNumbe l,dx
Addendum 1 — Page 2 of 2
IUN.V7 ZUUD 1Z:47 N410 64`1 IJUZ U1'1'Y OF I)MI11'UN PUR(;hA51NU
-ProjectName: Vintage Parkway Paving Improvements
BID TABULATION SHEET - Attachment 1-AD1
VINTAGE PARKWAY ALTERNATE PAVING SECTION OPTIONS
NOTE TO BIDDERS:
#J1V3 P.UUt)/UU9
Work Days gp
Bid No. 3518
P.O. No.
The two options given below provide alternate paving sections to be considered by the Owner. Bidder must
provide a bid for at least one of the options below but may provide a bid for both options as desired. Award
of the contract will be based on items actually included in the project as determined by the City. The choice of
pavement section to be constructed as part of this project will be made solely at the discretion of the City of
Denton.
Alternate Paving Section Option 1. 12" Reinforced Portland Cement Concrete
.Itemff12'PeinforcedPortland
Description
Quantity
Unit
Unit Price Total
Cement Concrete
5.8 16710 SY S 4 t.o u / sy I $W2 40?°
Unit Price In Words
ALTERNATE PAVING SECTION OPTION 1 SUBTOTAL
Alternate Paving Section Option Number 2: 12" HMAC With 6" Curb and Gutter
Item
I Description
Quantity
JUniti Unit Price
Total
6" Hot -Mix Asphaltic Concrete Base Course
SC-1(Type
A)
19,055
SY $ I �t • U O
/�$(:;,
Unit.Price 1n Words o r ars
o
ea
4" Hot -Mix Asphaltic Concrete Base Course
SC-1
(Type A)
14,795
SY $
/ SY
$ � .75
Unit Price In Words 5
tf tee cen}5
2" Hot -Mix Asphaltic Concrete Surface Course
SC-]
(Type C)
14,795
SY $ rj,%Jr
/ SY
$ $S Q�I 25
Unit Price In Words i O ova
vE c¢A�
S.2-A
6" Curb and Gutter
8,295
Lp $ 5U
/ LP
$ Q 5to
Unit Price In Words lw
ALTERNATE PAV NG SECTION OPTION 2 SUBTOTAL
$gyp 9o3,"0
P-3
$31U3 P.UUb/UU9
TUN.09'2006 12:4b 94U 349 Y302 CITY OF DENTON PURCHASING
'Project Name: vintage Parkway Paving Improvements
BID TABULATION SHEET - Attachment I-AD1
MISCELLANE0UCITEM9
Work Days g0
Bid No. 3518
P.O. No.
Item
Description
Quantity Unit
Unit price
Total
1.21
Contractors Warranties and Understandings
Utut Price In Words ,ve_ .ok
1 LS
cl/-+
$ . ° °/ LS
c e�
$ GOG o0
SC-4
Project Signs
2 EA
$ 30C) / EA
$ C-nt) �
Unit Price 1n Words r e
o ar an Nr�
c e .i
8.1
Barricades, Warning Signs and Detours
Unit Price In Words S'
1 LS
(� WA Mo C
$ 6 00, •l LS
eJIkS
$ 000. `O
3.12
Temporary Erosion Control
Unit Price In Words T. e} 5 k
1 LS ISR6
a� J of I w s
0W,° ° / LS
o cent
Is (, ° C)
3.1
Pre atation of Right of Way
Unit Price In Words T�
gad
] LS is
6AAin
r .--
MISCELLANEOUS ITEMS SUBTOTAL
$G' cL0n 00
VENT GE PAW -WAY AAAITIONAL IMPROVEMENTS
Item
Description
Quantity
I Unit
Unit��Price
Total
3.7
Compacted Fill / Embankment
19,560
CY $
3,p(5
/ Cy
g 6 O
Unit Price In Words
^^
rc� at'O I o,r S �w e�
r�
7� � v2
GcntS
2.5
B Hydrated Lime Sl
450
Ton $C1C
oo
Unit Price In Wordc
ve
° r
N o c
4.6
8" Lime Stabilized Subgrade
Unit Price In Words IW° dotl
20,695
w o` St i ;v G
Sy S
ee �tS
PLANS 6" Reinforced Patterned Concrete
202
Sy-1 S
�(,�
Sy
$
UnitPrice.inWords C;
cr
on
�'ve-
c
SC-1
5" Hot -Mix Asphaltic Concrete Base Course (Type
A)
Unit Price In WordsTwelve—
i OC 5
�.
P-I
Vi\. VJ GVVU 1L;, JYV J IJVL
Vlll VL UG1V1V1V YU!(Vf]NJ 11Vb
Project Name' Vintage Parkway Paving Improvements
BID TABULATION SHEET - Attachment 1-AD1
$JI VJ e.UU//UVY
Work Days 90
Bid No. 3518
P.O. No.
Item Description
nfit
Unit price
Total
2" Hot -Mix Asphaltic Concrete Surface Cott!nus
SC-1 (Type C)
Y S
6 .75
/ SX
$14 316 oa
Unit Price In Words soc A,v
C
3.10.7 H dromulch
341J 60
SY S
Sy
$ �p , eo
Unit Price In W ords 0 I
SC-3 Pavement Markin s and Signage
Unit Price In Words (�
m r
TxDOT Metal Beam Guard Fence
465
LF S�'),'O
/ LF
S 13 p 0e
Unit Price In Words Iw
Ne e
Metal Beam Guard FenceTxDOT
=Guard
Rail TerminalEA
$
ROV16.eoEA
$ �j`i$Q `0oc rUnit
Price In Words
�w
Plans 4" PVC -'Conduit for Irrigation PurposesLF
Unit Price In Words Six A610
c
Plans 6" Schedule a0 PVC Conduit
l
270
Unit Price In Words (Vvelvz- okollnr-s
*,,A J)o
C
Plans
Traffic Signal Pull Box
2
EA
$
°0
/ EA
Unit Price In Words 5iX (n /err c;o or S
d G,4-S
VINTAGE PARKWAY ADDITIONAL IMPROVEMENTS
SUBTOTAL
c
$ A75 0
2 ,
U.S. 377 TURN LANES
.3 ]Unclassified Excavation I 63D I CY is
Unit Price In Words I welve 401 ja\QF> OAt NO C�,4
7 Compacted Fill / Embankment 4,250 CX $
Unit Price In WnMc .._ A , . _ ,
se/
d,&
P-5
Jun. UY LUUb 1L:40 Y9U 39N /3UL l:"' Vr "Z41'ULN YUAUMAJ11V li
$31U3 Y. UVtl/UU7
Project"Name: Vintage Parkway Paving Improvements Work Days gp
Bid No. 3518
BID TABULATION SHEET - Attachment 1-AD1 P.O. No.
rw laau auwvu[
11,725
1 LF
IS
I O
/ LF
$
-7A5
Unit Price In Words O Ne, doilw
0^4
N oTypGeri S
e B Hydrated Lime Slurry
45
1 Ton
1 $
ei (o,bb /Ton
$ y roc
Unit Price In Words A e 5
O r
8" Lime Stabilized Subgrade
Unit Price In Words v I
2050
SY
d u o
$ %,(��
ce�3
8" Hot -Mix Asphaltic Concrete Base Course
(DfPe A)
1750
SY
$ a 1, 06
/ SY
$
Unit Price In Words
VJZ -- OAe 1 o ar
o
c
5" Hot -Mix Asphaltic Concrete Base Course
(Type A) for Exist Gravel Dr veway Re lacement
150
SY
$ 36 06
/ gy
$ Cj t t06 ,mod
Unit Price In Words �4 i e1 v
$C-1
(T eC) I4,700
SX
$
6,CJd
7J6
Unit Price In Words i X GAO
i
L e_1+5
T xDOT
I Metal Beam Guard Fence
130
LF
$
97, LF
$ ZJ 5j O o a
Unit Price In Words
o6 laf
And u p
C
E
al Beam Guard Fence 25'Long Transition
1
EA
$
'6 , / E•e
$ $�,
Price lnWords eiSti hunr�red�
T �iv
A^111,A Al, �e �c
•.... 24100 1 SX I $ Of 5o / SY $]` G, ou
Unit Price In Words rlo a( I '41C eni
SC-3 Pavement Markings and Signage 1 LS IS 646, °O/ LS
Unit Price In Words Etev�
U.S, HIGHWAY 377 TURN LANES SUBTOTAL $ 139SS I
o
M
JUN. UY'ZUUO IZ:40 Y4U J17 ISUZ U1'PY UNUGN'1'UN PURCHASING #J1U3 P.UU9/009
- Project Name: Vintage Parkway Paving Improvements Work Days 90
Bid No. 3518
BID TABULATION SHEET - Attachment 1-ADII P.O. No.
BID TABULATION SUMMARY.
] ALTERNATE PAVING SECTION OPTION 1 SUBTOTAL (j2 p 6 , °0'
2 ALTERNATE PAVING SECTION OPTION 2 SUBTOTAL G9n
B
IVINTAGE PARKWAY ADDITIONAL IMPROVEMENTS SUBTOTAL
a75,
07,2
, 25
C
U.S. IRGHWAY 377 77URN LANES SUBTOTAL
13 q
a 5S
ob
TOTAL AMOUNT BID WITH PAVING SECTION OPTION 1 1+A+B+C 13l y 6d? 2S
BID WITH .PAVING SECTION OPTION 2
G 3 2. 5
P-7